Tender

Supply of Remote Telemetry Units (RTUs)

  • Scottish Water

F05: Contract notice – utilities

Notice identifier: 2021/S 000-007114

Procurement identifier (OCID): ocds-h6vhtk-02a33b

Published 7 April 2021, 2:32pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Email

zuzanna.smith@scottishwater.co.uk

Telephone

+44 7484509408

Country

United Kingdom

NUTS code

UKM - SCOTLAND

Internet address(es)

Main address

https://www.scottishwater.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Telemetry-and-terminal-equipment./G3Z8E8Q47Q

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/G3Z8E8Q47Q

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Remote Telemetry Units (RTUs)

Reference number

SW20/CI/1285

two.1.2) Main CPV code

  • 32440000 - Telemetry and terminal equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Scottish Water (SW) is looking for Remote Telemetry Units (RTUs) suppliers.

The scope of the framework will include but will not be limited to the design, supply of RTUs and associated components, training, technical and development support.

The telemetry master station (TMS) is provided by Emerson and is Open Enterprise (OE) with specific SW variants. The TMS has been installed to meet SW requirements. The RTU manufacturer has to have certification issued by Emerson confirming their device is suitable for operation with SW TMS. The RTU device has to be capable of communicating with the TMS version 2.52 up to and including version 3.36.

It’s anticipated that the TMS might change within the life of the framework and the requirement for RTU supply will be re-procured based on the TMS change.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment
  • 38291000 - Telemetry apparatus

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND
Main site or place of performance

SCOTLAND

two.2.4) Description of the procurement

Scottish Water (SW) is looking for Remote Telemetry Units (RTUs) suppliers.

The scope of the framework will include but will not be limited to the design, supply of RTUs and associated components, training, technical and development support.

The telemetry master station (TMS) is provided by Emerson and is Open Enterprise (OE) with specific SW variants. The TMS has been installed to meet SW requirements. The RTU manufacturer has to have certification issued by Emerson confirming their device is suitable for operation with SW TMS. The RTU device has to be capable of communicating with the TMS version 2.52 up to and including version 3.36.

It’s anticipated that the TMS might change within the life of the framework and the requirement for RTU supply will be re-procured based on the TMS change.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Initial period of 2 years + 2 years + 2 years + 2 years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The PQQ and ITN documents can also be accessed by logging in through Scottish Water Delta e-sourcing webpage https://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code: G3Z8E8Q47Q


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.6) Deposits and guarantees required

Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Bidders must comply with modern slavery act and operate an ethical supply chain.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Telemetry-and-terminal-equipment./G3Z8E8Q47Q

To respond to this opportunity, please click here:

https://scottishwater.delta-esourcing.com/respond/G3Z8E8Q47Q

GO Reference: GO-202147-PRO-18049119

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Country

United Kingdom